Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Home Office
London
UK
Contact person: CtB Procurement team
E-mail: CrossingtheBorder2024Procurement@homeoffice.gov.uk
NUTS: UK
Internet address(es)
Main address: https://www.gov.uk/government/organisations/home-office
I.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at:
https://crowncommercialservice.bravosolution.co.uk/web/login.html
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://crowncommercialservice.bravosolution.co.uk/web/login.html
Tenders or requests to participate must be sent to the abovementioned address
I.4) Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Home Office Crossing the Border (CtB) Procurement 2024 – Service Integration & Management
II.1.2) Main CPV code
72227000
II.1.3) Type of contract
Services
II.1.4) Short description
Crossing the Border (CtB) sits within DDaT the Migration and Borders Technology Portfolio (MBTP) which encompasses all technology delivery and support for Migration, Asylum, and Border control. This includes the delivery of major technology programmes including Immigration Platform Technology (IPT), Future Borders and Immigration System (FBIS) and the New Plan for Immigration (NPI).
MBTP is organised in a product-centric way, with business requirements met where possible by leveraging a set of strategic technology products. These products are organised across sets of related ‘product families, with the CtB product family being one of these. CtB represents the steady state services and products which controls the flow of people and services across the borders. This is done principally via the Primary Control Points, mediated by a Border Force officer, or via an e-gate indirectly supervised by an officer. Information from ports is processed by a central collection of systems, hosted in the cloud and on premise. These systems are built on top of a number of infrastructure platforms, leveraging a hybrid cloud model and they are managed by utilizing a Product Lifecycle Management (PLM) methodology. This procurement is for the Service Integration & Management services within the CtB supplier ecosystem.
II.1.5) Estimated total value
Value excluding VAT:
25 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
72226000
72232000
72261000
72262000
72265000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
Crossing the Border (CtB) service is the steady state services and products which controls the flow of people and services across the borders. This is done principally via the Primary Control Points, mediated by a Border Force officer, or via an e-gate indirectly supervised by an officer. Information from ports is processed by a central collection of systems, hosted in the cloud and on premise. These systems are built on top of a number of infrastructure platforms, leveraging a hybrid cloud model.
The central systems support 24 hours a day 365 days a year operations, requiring high degrees of resilience and availability. The existing applications run on diverse technological stacks and have been delivered over a 3-year programme and are expected to evolve over the next 5 years in line with government policy and operational need. The systems are critical national infrastructure, incorporating official and secret data sets and related processes.
Outlined is the Home Office Migration and Borders Technology Portfolio (MBTP) requirement, for an experienced Digital Supplier that can provide high quality Service Integration & Management services for the running, development, management and reporting across the CtB integrated ecosystem and delivering the CtB roadmap
Working collaboratively with the Home Office to deliver our vision for CtB , management, governance, and assurance across digital delivery in the CtB DDaT arena. This document sets out the requirements for a Supplier to deliver the Service Integration & Management services for an initial term of 4 years from the start of the Contract with a possible 1-year extension (4 + 1) option under Technology Services 3 Framework Agreement Lot 5. It has been split into core requirements specific to the CtB & DDaT Outcomes within MBTP and general requirements which apply to all product families across CtB and DDaT. These materials are based upon stakeholder consultation, analysis of the current organisational position and the strategic direction of travel, all of which have informed the view of services required.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
Extension provision for an additional 1x 12 month period
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
Estimated value of contract is £20-25 million . ITT documentation not yet finalised, Bid pack will be sent to suppliers on CCS Framework, Technology Services 3 (RM6100) Lot 5 via https://crowncommercialservice.bravosolution.co.uk/web/login.html
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
31/10/2024
Local time: 17:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.7) Conditions for opening of tenders
Date:
14/11/2024
Local time: 17:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
Please note the dates listed in Section IV: Procedure, IV.2.2) Time limit for receipt of expressions of interest and IV.2.7) Conditions for opening of tenders are for guidance only. ITT documentation has NOT yet been published in Bravo and therefore there is not expectation for return of tenders by the listed date.
VI.4) Procedures for review
VI.5) Date of dispatch of this notice
18/10/2024